Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

69 -- Navy F16 MRTD Sources Sought

Notice Date
7/1/2024 9:11:27 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N0042124RFPRFQCPM2260148
 
Response Due
7/10/2024 8:00:00 AM
 
Archive Date
07/25/2024
 
Point of Contact
Sheryl Pope, CATRINA FARRELL
 
E-Mail Address
sheryl.m.pope.civ@us.navy.mil, catrina.m.farrell.civ@us.navy.mil
(sheryl.m.pope.civ@us.navy.mil, catrina.m.farrell.civ@us.navy.mil)
 
Description
Special Notice: Correction to the name of the 2F319 Software Upgrade The device is called, ""�Mixed Reality Training Device (MRTD)� and NOT��Mission Readiness Training Devices (MRTD)�. Navy F-16 Mixed Reality Training Devices (MRTD) 2F319 Software Upgrade Disclaimer This Sources Sought is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this Sources Sought are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this Sources Sought. All information released in this announcement is considered a DRAFT and for informational purposes only. Description The Department of the Navy (DoN), Naval Air Systems Command (NAVAIR), Program Manager Adversary and Specialized Aircraft (PMA-226), F-16 Integrated Product Team (IPT) is conducting market research to determine potential businesses to perform software modifications for two (2) Mixed Reality Training Devices (MRTD), Device Type 2F319, located at Naval Air Station (NAS) Fallon, NV. This is due to obsolescence and improvements in capabilities necessary to enhance pilot training. The prospective awardee is CAE USA, Inc. (Cage Code 1PQF4), which was the Original Equipment Manufacturer (OEM) of the legacy MRTD software components under the authority of 10 USC 3204(a)(1)� as implemented by FAR 6.302-1. Consistent with DFARS PGI 206.302-1, the Government is seeking information on the availability of potential alternative providers for the MRTD modification. The requested information will be considered for acquisition planning purposes. Notice: The activities described in this Sources Sought Synopsis may require access to data proprietary to CAE. The Government does not own rights for this data and cannot provide assistance in obtaining the necessary data. Product Service Code: 6930 � Operation Training Devices NAICS Code: 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing Requirements The MRTD is comprised of baseline software and requires concurrent incorporation of advanced and emerging technologies specific in design or application to the Navy F-16A/B aircraft. The device will retain its respective serial number and remain at the same facility. The required modifications will include: � � � � a. Visual Improvements � Airport Visuals and Approach Capability, Range Training Complex, Detailed Runways with Terrain, Tactical Air Navigation (TACAN) Navigational Aid, Generic Cultural Database Lighting, Generic Terrain outside Areas of Interest � � � � b. Weather Improvement � Night Functions, Fog, Adjustable Cloud Layers,� Moon Levels, Day/Dusk/Night capability � � � � c. Aircraft Indicators � Heads Up Display (HUD), Engine Indications, Planned Profile View Display (PPVD) Update, Approaches, Terrain Height Additional Information and Submission Details Interested parties may identify their interest and capabilities in response to this Sources Sought. Submission requirements detailed below: Interested businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating their capability to upgrade the current baseline software with the modifications identified in the above requirement. Documentation should be in bullet format. All responses must be sufficient to permit agency analysis to determine capability of this requirement. Proprietary information, if any, should be minimized and should be clearly marked.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned. The statement must address, at a minimum, the stated requirements as described above and: A brief company introduction and details on the company/organization, to include; Company Name, mailing address, and Points of Contact (POC) including name, telephone number, fax number, and email address;� Briefly identify your company�s experience in performing work of similar size and scope. CAGE code, Unique Entity (UEI) Number, Office location(s), annual revenue history,� number of employees, statement indicating business size and, whether the respondent is a large business or qualify as a Small Business concern, Veteran-owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concerns or Service-Disabled Veteran-Owned Small Business Concern (SDVOSB). All data received in response to this Sources Sought marked or designated as corporate or proprietary will be protected from release outside the Government. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. If your company is a small business and intends to team with a qualified subcontractor, please provide an explanation of your company�s ability to perform at least 50% of the cost of the contract performance.�Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 Class Deviation 2021-O0008 (Sep 2021), the Offeror/Contractor agrees in performance of the Delivery Order in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. The specific technical skills the company possess to demonstrate its capability to perform the tasks? Any assumptions, such as necessary Government Furnished Material, required to perform the government�s requirement. (3) Interested businesses shall submit responses electronically via Microsoft Word or Portable Document Format (PDF) to Ms. Sheryl M. Pope, sheryl.m.pope.civ@us.navy.mil no later than 11:00 am EST on 10 July 2024. Businesses should monitor SAM.gov for the latest information regarding this procurement. Primary Point of Contact: Contract Specialist Sheryl M. Pope sheryl.m.pope.civ@us.navy.mil Secondary Point of Contact: Contracting Officer Catrina Farrell catrina.m.farrell.civ@us.navy.mil Contracting Office Address: Building 441 21983 Bundy Road Patuxent River, Maryland 20670 United States Navy F-16 Mission Readiness Training Devices (MRTD) 2F319 Software Upgrade Disclaimer This Sources Sought is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this Sources Sought are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this Sources Sought. All information released in this announcement is considered a DRAFT and for informational purposes only. Description The Department of the Navy (DoN), Naval Air Systems Command (NAVAIR), Program Manager Adversary and Specialized Aircraft (PMA-226), F-16 Integrated Product Team (IPT) is conducting market research to determine potential businesses to perform software modifications for two (2) Mission Readiness Training Devices (MRTD), Device Type 2F319, located at Naval Air Station (NAS) Fallon, NV. This is due to obsolescence and improvements in capabilities necessary to enhance pilot training. The prospective awardee is CAE USA, Inc. (Cage Code 1PQF4), which was the Original Equipment Manufacturer (OEM) of the legacy MRTD software components under the authority of 10 USC 3204(a)(1) as implemented by FAR 6.302-1. Consistent with DFARS PGI 206.302-1, the Government is seeking information on the availability of potential alternative providers for the MRTD modification. The requested information will be considered for acquisition planning purposes. Notice: The activities described in this Sources Sought Synopsis may require access to data proprietary to CAE. The Government does not own rights for this data and cannot provide assistance in obtaining the necessary data. Product Service Code: 6930 � Operation Training Devices NAICS Code: 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing Requirements The MRTD is comprised of baseline software and requires concurrent incorporation of advanced and emerging technologies specific in design or application to the Navy F-16A/B aircraft. The device will retain its respective serial number and remain at the same facility. The required modifications will include: a. Visual Improvements � Airport Visuals and Approach Capability, Range Training Complex, Detailed Runways with Terrain, Tactical Air Navigation (TACAN) Navigational Aid, Generic Cultural Database Lighting, Generic Terrain outside Areas of Interest b. Weather Improvement � Night Funtions, Fog, Adjustable Cloud Layers, Moon Levels, Day/Dusk/Night capability c. Aircraft Indicators � Heads Up Display (HUD), Engine Indications, Planned Profile View Display (PPVD) Update, Approaches, Terrain Height Additional Information and Submission Details Interested parties may identify their interest and capabilities in response to this Sources Sought. Submission requirements detailed below: (1) Interested businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating their capability to upgrade the current baseline software with the modifications identified in the above requirement. Documentation should be in bullet format. (2) All responses must be sufficient to permit agency analysis to determine capability of this requirement. Proprietary information, if any, should be minimized and should be clearly marked. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The statement must address, at a minimum, the stated requirements as described above and: a. A brief company introduction and details on the company/organization, to include; Company Name, mailing address, and Points of Contact (POC) including name, telephone number, fax number, and email address; b. Briefly identify your company�s experience in performing work of similar size and scope. c. CAGE code, Unique Entity (UEI) Number, Office location(s), annual revenue history, number of employees, statement indicating business size and, whether the respondent is a large business or qualify as a Small Business concern, Veteran-owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concerns or Service-Disabled Veteran-Owned Small Business Concern (SDVOSB). d. All data received in response to this Sources Sought marked or designated as corporate or proprietary will be protected from release outside the Government. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. e. If your company is a small business and intends to team with a qualified subcontractor, please provide an explanation of your company�s ability to perform at least 50% of the cost of the contract performance. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 Class Deviation 2021-O0008 (Sep 2021), the Offeror/Contractor agrees in performance of the Delivery Order in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. f. The specific technical skills the company possess to demonstrate its capability to perform the tasks? g. Any assumptions, such as necessary Government Furnished Material, required to perform the government�s requirement. (3) Interested businesses shall submit responses electronically via Microsoft Word or Portable Document Format (PDF) to Ms. Sheryl M. Pope, sheryl.m.pope.civ@us.navy.mil no later than 11:00 am EST on 10 July 2024. Businesses should monitor SAM.gov for the latest information regarding this procurement. Primary Point of Contact: Contract Specialist Sheryl M. Pope sheryl.m.pope.civ@us.navy.mil Secondary Point of Contact: Contracting Officer Catrina Farrell catrina.m.farrell.civ@us.navy.mil Contracting Office Address: Building 441 21983 Bundy Road Patuxent River, Maryland 20670 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/adbb0952267e4f8398c632d4f19e057e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07114390-F 20240703/240701230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.